MODIFICATION
C -- ELECTRICAL ENGINEERING STUDY, NIH, BETHESDA, MARYLAND
- Notice Date
- 5/9/2007
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43 MSC 5711, Bethesda, MD, 20892-5738, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 292-2007-P(HN)-0015
- Response Due
- 5/24/2007
- Archive Date
- 6/8/2007
- Small Business Set-Aside
- 8a Competitive
- Description
- ELECTRICAL ENGINEERING STUDY SOLICITATION NOTICE: The National Institutes of Health (NIH), DHHS plans to enter into a fixed price, definitive contract for an Electrical Engineering Study for NIH Facilities in Bethesda, Maryland. CONTRACT INFORMATION: A fixed price, definitive contract is contemplated. Estimated contract performance period is 16 months. This is an 8(a) Small Business set-aside. PROJECT INFORMATION: Provide all manpower, equipment, supervision and transportation to provide electrical engineering study that includes short circuit calculation and load coordination analysis, arc flash calculations and updating One-Line diagram for various buildings (28 building totaling approximately 8,869,000 square feet) within the NIH campus located in Bethesda, Maryland. Services will include site investigation, assessment, and analysis of existing buildings electrical distribution system for efficiency and coordination. Services will also include development of full report identifying existing deficiencies with recommendations. Update/develop one-line diagram power distribution system, normal and emergency for each building. MINIMUM REQUIREMENTS: Prior to commencing the selection criteria evaluation, each offeror will be evaluated for compliance with the following minimum requirements: A) Project Experience: Within the past five years the offeror must have performed similar projects of comparable size and complexity for academic, governmental, or private sector campuses. Similar work is further described as: providing electrical engineering studies for large facility complex, spot network system, in multiple and occupied buildings. Offeror must demonstrate successful completion of a minimum of three projects. For each project submitted, to meet the minimum requirements, the offeror must provide the following: 1. The name and address for each project that meets the minimum requirements and a description of the project; 2. A description of the offeror's role in each project; 3. The name, address, telephone, and fax numbers of a Point of Contact for each project identified. This individual must be familiar with the project and the role of the offeror in performance of the project. In addition, he/she must be able to respond to the Government inquiries. B) Offeror must demonstrate that it is an 8(a) Small Business firm. Offeror must provide evidence from the Small Business Administration of its 8(a) Small Business status. The NAICS code for this project is 541330. The small business size standard is $4,500,000. SELECTION CRITERIA: For offerors meeting the minimum requirements, the selection process will be in two parts: A) SF 330 Part I and Part II evaluation based on the Evaluation Criteria to rank and determine the most highly qualified firms; and B) Oral interview of the highly qualified firms to determine the final selection. A) EVALUATION CRITERIA: The Government will evaluate the following three factors in descending order of importance (Factor 1 is more important than Factor 2; Factor 2 is more important than Factor 3). Factor 1: Past Performance and Experience on Similar Projects Description: This factor considers the extent of the offeror's past performance and experience, within the last five (5) years, in performing and completing work of similar size and scope for government and non-government entities. This factor also considers the quality of the offeror's past performance and the offeror's performance as it relates to timeliness and technical success. Standard for Evaluation: (1) Past performance on similar contracts was satisfactory or better. In order to be considered satisfactory for past performance, the offeror must consistently provide service on time and in accordance with all contract requirements. (2) For past experience, the offeror has performed similar work to that described in the solicitation under at least five contracts of comparable size and complexity. Similar work is further defined as: Providing electrical study services, as defined herein, for large scale facilities that have highly complex infrastructure requirements, historical preservation requirements, sustainable design requirements, and conducts study efforts simultaneously in multiple buildings. For Factor 1, Offeror shall provide the following information for each project cited: 1. Name, address, type, and size (gross square feet and full-time personnel, etc) for each project identified; 2. Name, address, and telephone number of the Client for each project; 3. Offeror's role and services provided for each project; 4. Name and address of each of the principal consultants working on the project; 5. Name, address, telephone number, and fax number of a Client Point of Contact for each project. This individual must be familiar with the Project, the role of the offeror in the project, and must be able to respond to the Government's inquiries, and other pertinent information to sufficiently describe each project. Factor 2: Qualifications & Experience of Key Personnel Description: This factor examines the qualifications, knowledge, skills and experience of the offeror's key personnel. It considers specific details of key personnel concerning experience, training, and knowledge of electrical distribution system (120/208 - 277/480 V and 15 KV) and controls for large facilities. Training and education should commensurate with the position held, emphasizing a person's knowledge of electrical engineering, along with managerial and supervisory skills. Standard for Evaluation: (1) Key staff personnel and subcontractor's resumes demonstrate adequate training, experience and education to perform tasks required of this project. (2) The resumes provided by the offeror, in conjunction with the organizational charts provided for Factor 2, demonstrate adequate delegation of responsibility and authority to key staff personnel and subcontractors for responsive and effective contract administration. For Factor 2, in addition to completion of Section E of SF330, Offeror must provide the following: Identification and resumes of the offeror's key personnel and their respective roles throughout contract/project performance. Key personnel are those persons considered critical to the accomplishment of the required services. The resume of each participating key personnel shall include a description of duties and responsibilities performed by the individual, education, knowledge, skills, expertise and other qualifications relevant to the accomplishment of the project and completion of the contract. A statement should accompany the resume of each person so named defining the extent of availability and corporate commitment of that key person for the proposed assignment. The resume for each person must clearly indicate if the person is or is not currently employed by the offeror and, if not so employed, what kind of commitment or offer of employment has been made to assure availability of this person to the project. Factor 3: Management Approach for Providing Electrical Study Services Description: This factor considers the offeror,s management approach for providing electrical engineering services. The approach considers the capabilities of offeror to perform quality work in accordance with contract requirements, including that of subcontractors. This factor also reviews the offeror's plan for maintaining and providing routine reports and offeror's plan for providing services required by this contract. Standard for Evaluation: (1) The offeror's management approach demonstrates the ability to control, direct, coordinate and evaluate work performed and an understanding of necessary documentation from the standpoint of contract administration and customer services, as related to the delivery of services identified herein. (2) The offeror's organizational charts demonstrate complete, clear and concise in-house and subcontractor operations that can provide the services required. (3) The offeror's management approach demonstrates successful management of current and past contracts for similar services through the ability to work on various contracts for similar services simultaneously, while maintaining full control of resources. B) ORAL INTERVIEW: Interviews will be held with all of the firms ranked most highly qualified. The most highly qualified firms will be given a scope of work and interview questions related to the Evaluation Criteria. The purpose of the oral interview is to meet the project team key personnel who will demonstrate their knowledge of the Project requirements as described in this solicitation and present their management plan for accomplishing the work. The final selection, based on the Evaluation Criteria, will be a listing, in order of preference, of the firms considered most highly qualified to perform the work. All firms on the final selection list are considered ?selected firms? with which the contracting officer may negotiate. INSTRUCTIONS FOR SECTION E of SF 330: Offerors shall provide the following: Identification and resumes of the offeror's key personnel and their respective roles throughout this Project. Key personnel are those persons considered critical to the accomplishment of the required services. The resume of each participating key personnel shall include a description of duties and responsibilities performed by the individual, education, knowledge, skills, expertise and other qualifications relevant to the accomplishment of this project. A statement should accompany the resume of each person so named defining the extent of availability and corporate commitment of that key person for the proposed assignment. The resume for each person must clearly indicate if the person is or is not currently employed by the offeror and, if not so employed, what kind of commitment or offer of employment has been made to assure availability of this person to the project. SUBMISSION REQUIREMENTS: This procurement will be conducted in accordance with Part 36.6 of the FAR. Interested firms shall submit the SF 330, Part I and II, and supporting qualification documents to substantiate the minimum requirements and evaluation criteria described above. Prepare separate Part II for each firm included in the proposed team. Submit 5 copies to: National Institutes of Health, Office of Acquisitions, ORF, Building 13, Room G-800, 9000 Rockville Pike, Bethesda, MD 20892, ATTN: Valeria Thomas, Contracting Officer, no later than May 24, 2007, at 3:00 p.m. The presolicitation notice is modified to add a detailed description of the services required and additional information regarding the A-E selection process. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the NIH Office of Acquisitions, ORF at the address below. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. A PRICE PROPOSAL FOR THIS REQUIREMENT IS NOT REQUESTED AND SHOULD NOT BE SUBMITTED AS A RESULT OF THIS PRESOLICITATION NOTICE. DESCRIPTION OF SERVICES: 1.0 SCOPE 1.1 Background: Presently, new electrical loads are being added to the existing building electrical distribution systems either by renovation projects or by tenant operational requirements. These types of load increases have had direct impact on the reliability and the efficiency of the entire building electrical system. Lack of proper updating of existing one-line diagrams and load coordination has created a direct negative impact on our operational and maintenance programs and has created nuisance tripping. The intend of this project is to update one-line diagram, perform comprehensive load coordination analysis and arc flash calculations for electrical distribution system of each building within the NIH campus in accordance with the current status. Contractor shall furnish all necessary supervision and qualified staff to fulfill the requirements of this contract. Appendix A identifies the specific buildings covered under this contract and the approximate square footage per building. 1.2 Objectives: Each building within the NIH campus shall be surveyed to: ? Update electrical power distribution one-line diagram. ? Perform short circuit calculations in effort to conduct load coordination analysis and equipment verification. ? Perform arc flash calculations for transformer, network protector, secondary switchgear, motor control center, and main distribution panels. 2.0 REQUIREMENT 2.1 Task A ? Update One-Line Diagram: Task A shall focus on the update of one-line diagram for the building electrical power distribution system. Electrical one-line diagram shall reflect the entire electrical distribution system of each building starting from 13.8kv to 120/208v equipments. One-line diagram shall include normal and emergency power systems in accordance to the current status. Perform field study to collect data associated with existing building?s electrical distribution system. One-line diagram shall reflect normal and emergency power distribution. In addition to the field data gathering, Contractor shall verify the physical condition of the system as well as the components, i.e., breaker, transformer, switchgear, MCC, network protector etc. Contractor shall provide necessary tools, supervision, and qualified staff to avoid power interruption to the building tenants during the field survey. If an outage is required to fulfill the field survey requirements, then a minimum of 4 weeks advance notice is required. The government will operate switching / perform switching of devices affected under the task. Contractor Personnel shall perform their assignment tasks promptly, efficiently and safely. Major electrical components included in the one-line diagram are, but not limited to; ? Primary feeder, transformer, and network protector. ? Secondary switchgear, feeder breakers, bus duct. ? Distribution panels, UPS, and motor control centers. ? Emergency generator, ATS and emergency switchgear and its associated downstream components. In addition, develop the following drawing schedules: ? Vault schedule ? Panel schedule (Only for secondary switchgear, distribution panel and MCC) ? Sub-feeder schedule ? Generator schedule 2.2 Task B ? Short Circuit Calculation, Load Coordination Analysis: Perform short circuit calculations and load coordination analysis for maximum protection and maintain optimum coordination between several protection devices starting from 15KV equipments and ending on 120/208V Main breaker at each building individually. Develop model and calculate fault current to determine clearing functions for short circuit, instantaneous, long time delay, short time delay over-current, and ground fault. The results form this device coordination study will be evaluated to determine possible deficiencies between protective devices. New recommended settings shall be entered and results evaluated for optimum coordination. The time-current characteristic curves shall be plotted to maintain time intervals between upstream and downstream protection devices. Contractor shall develop a report including complete data, findings and recommendation supported with the back-up documents. The report will outline specific steps for achieving proper system coordination including any additional components, if necessary. Equipment verification shall be performed based on the existing condition and calculated fault availability at each device. The coordination calculations shall be accomplished by a commercially available computer program. The program shall conforms with the guide lines published in IEEE STD 141-1993, NEC article 710 and Industrial Practice as in applied protective handbook. 2.3 Task C ? Arc Flash Calculations: The Contractor shall perform arc flash calculations to meet the intent of the OSHA 29 CFR 1910.132 (d) and to determine the maximum incident energy available at every location along the distribution system likely to require examination, adjustment, servicing, or maintenance. In addition, the calculation shall also determine the arc flash boundary distance that must be maintained by unprotected workers. The calculations shall be based on either NFPA 70E or IEEE 1584 and shall be accomplished by a commercially available computer program. Contractor shall provide a spreadsheet format for this task. The spreadsheet shall contain all related information including but not limited to; equipment name, OCP, bolted fault, OCP arcing fault, trip delay, arc flash boundary, working distance, incident energy and PPE category. 3.0 Contractor Management/Key Personnel: Contractor shall employ the services of personnel submitted with the Statement of Qualifications and agreed upon during negotiations to manage all activities and other related tasks required by the SOW, to lead the on-site technical team and to serve as a single point of contact for the performance of this contract. Personnel shall administer all activities by coordinating work done by the Contractor?s personnel, or subcontractor. Contractor?s key personnel shall have minimum of ten (10) years of experience in the related type of fields and at minimum shall be trained in the field of electrical distribution ranging from 15KV through 480/277V and 208/120V systems. No substitution will be made without the advance written approval of the Contracting Officer. Before approval, the contractor must submit, in writing, the proposed replacement's experience and qualifications record. 4.0 Meetings: The Contractor shall attend kick-off and progress meetings, prepare minutes of meetings, document decisions and actions assigned, and distribute minutes. Meetings will be held at the kick-off, 50%, and 95% progress of each building. At the kick-off meeting, all points of contacts will be identified and rules of engagements will be reviewed for enforcement. On-Board review meetings will be held after each building pre-final (95%) report submission to discuss review comments. 5.0 Quality Control The Contractor shall perform quality check prior to submitting the pre-final and final report to the Government. Quality checking includes verification that data from the field survey has been entered correctly, verification of recommended changes and settings. 6.0 Place of Performance: The place of performance is the National Institutes of Health campus, Bethesda, Maryland. . 7.0 General Submission Requirements Prior to start of survey, Contractor shall develop ?Method of Procedure? (MOP) for submission to Contracting Officer Technical Representative (COTR) for review and approval. MOP shall outline tasks systematically with time line to fulfill the requirements of contract. Within 14 calendar days after kick-off meeting, the Contractor shall submit to the COTR the MOP along with specific building schedule for review and approval. The schedule and MOP shall reflect the planned activities with identified number of staff. The schedule as accepted by the COTR will become the baseline schedule. The Government will use the baseline schedule as one of the tools to monitor progress. Upon completion of each building, Contractor shall prepare a complete package, drawings and report, outlining the data collected deficiencies and recommendations with the associated costs. For each building, a report shall be prepared defining the electrical distribution system as it is currently and recommend changes to improve coordination, reliability, and protection. Based on the nature of the deficiency, recommendation shall have tier-ranking levels of importance, high, moderate, or low as an example. During the first building survey, the exact report format will be established and continued for the entire length of the contract. The report shall be complete with equipment list, identifying manufacturer, make, physical condition, and model numbers along with settings for each protective device, deficiencies, and recommendations. Provide submittals at pre-final and final report for each building. The pre-final report shall be submitted as a checked document to the Government for final review. For each submittal, there shall be two weeks for Government review and comments period. Contractor is responsible to incorporate any changes or identified review comments into the final report. There shall be total of six (6) copies for each submittal. Government will provide NIH standard title block for the drawings. All drawings shall be provided in a format suitable for entry into the Government?s Computerized Maintenance Management System. 8.0. BUILDING LIST Bldg. # Approximate. Total SQ.FT 10+ACRF 2,800,000.00 CRC 1,800,000.00 50 299,000.00 12 63,000.00 31 565,000.00 38 236,000.00 38A 300,000.00 45 537,000.00 40 78,000.00 29 89,000.00 29A 189,000.00 28 28,000.00 14 263,000.00 49 275,000.00 30 105,000.00 1 98,000.00 7 53,000.00 13 251,000.00 11 150,000.00 41 142,000.00 9 38,000.00 3 49,000.00 5 99,000.00 8 99,000.00 2 45,000.00 4 98,000.00 6 83,000.00 21 36,000.00
- Place of Performance
- Address: 9000 ROCKVILLE PIKE/BETHESDA, MARYLAND
- Zip Code: 20892
- Country: UNITED STATES
- Zip Code: 20892
- Record
- SN01290524-W 20070511/070509220620 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |